Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2015 FBO #5019
SOLICITATION NOTICE

99 -- AERONAUTICAL MOBILE AIRPORT COMMUNICATIONS SYSTEM_AEROMACS_FOR SHADOW MODEASSESSMENT USING REALISTIC TECHNOLOGIES FOR THE NATIONAL AIRSPACE SYSTEM_SMART_NAS_TESTBED

Notice Date
8/19/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC15556504Q
 
Response Due
9/9/2015
 
Archive Date
8/19/2016
 
Point of Contact
Dawn R Pottinger, Contracting Officer, Phone 216-433-5063, Fax 216-433-8560, Email dawn.r.pottinger@nasa.gov - Rafael D Apaza, AST TELECOMMUNICATIONS, Phone 216-433-2875, Email rafael.d.apaza@nasa.gov
 
E-Mail Address
Dawn R Pottinger
(dawn.r.pottinger@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 13.5, 12.6, and 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quote (RFQ) for Aeronautical Mobile Airport Communications System (AeroMACS) for Shadow Mode Assessment Using Realistic Technologies for the National Airspace System (SMART-NAS) Test Bed at NASA Glenn Research Center (GRC). The provisions and clauses in the RFQ are those in effect through FAC 05-83. This procurement is conducted as a full and open competition. The NAICS code and the small business size standard for this procurement are 334220 and 750 employees, respectively. The offeror shall state in its offer its size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. All contractual and technical questions related to this combined synopsis/solicitation must be in writing via e-mail to BOTH Dawn Pottinger dawn.r.pottinger@nasa.gov and Rafael Apaza rafael.d.apaza@nasa.gov not later than 12:00 pm local GRC time, August 26, 2015. Telephone questions will not be accepted. Offers for the items described in this combined synopsis/solicitation are due via e-mail by 12 pm local GRC time, September 9, 2015, to BOTH Dawn Pottinger dawn.r.pottinger@nasa.gov and Rafael Apaza rafael.d.apaza@nasa.gov and shall include: solicitation number, FOB Destination to NASA Glenn Research Center (GRC), proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URLs: http://www.gsa.gov/portal/forms/do wnload/115922. Delivery shall be FOB Destination. Therefore all quoted unit prices shall incorporate shipping to GRC. Delivery shall be to the NASA Glenn Research Center (GRC), Consignees/Attn: [Rafael Apaza, Mail Stop: 54-1], 21000 Brookpark Road, Cleveland, OH 44135. Selection(s) and award(s) will be made to offeror(s) whose offer(s) will be most advantageous to the Government, with consideration given to the factors of proposed price, technical merit, technology maturity, equipment availability, past performance, and delivery. This means that award(s) will be conducted on a best value to the Government basis. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)), and offerors should assume that reviewers have no previous knowledge of the organization and/or offered product(s). Offerors shall provide the information required by FAR 52.212-1 (Apr 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. Offerors must be registered in the System for Award Management (SAM) website found at https://www.sam.gov/portal/SAM/#1 FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014) is applicable. FAR 52.212-4 (May 2015), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: N/A. FAR 52.212-5 (May 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.202-1, 52.203-3, 52.203-5, 52.203-6 Alternate I (Oct 1995), 52.203-7, 52-203-17, 52.204-7, 52.204-10, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.209-2, 52.209-5, 52.209-6, 52.209-10, 52.212-2, 52.214-34, 52.214-35, 52.215-1, 52.216-24, 52.216-25, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-5, 52.225-6, 52.225-8, 52.225-13, 52.225-14, 52.225-18, 52.225-25, 52.232-1, 52.232-33, 52.232-39, 52.233-1, 52.233-2, 52.233-3, 52.233-4, 52.242-13, 52.243-1,52.244-6; 52.246-2, 52.246-16, 52.246-17, 52.247-34, 52.249-2, 52.249-8, 52.252-1, 52.252-2, 52.253-1, 1852.209-75, 1852.209-76, 1852.211-70, 1852.216-78, 1852.219-76, 1852.225-70, 1852-225-71, 1852-225-72, 1852.233-70, 1852.237-73, 1852.246-72, 1852.247-72, and 52.204-7 System for Award Management. As prescribed in 4.1105(a)(1), use the following provision: SYSTEM FOR AWARD MANAGEMENT (JUL 2013) (a) Definitions. As used in this provision- Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. Data Universal Numbering System +4 (DUNS+4) number means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at subpart 32.11) for the same concern. Registered in the System for Award Management (SAM) database means that- (1) The offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14) into the SAM database; (2) The offeror has completed the Core, Assertions, and Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record Active. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation DUNS or DUNS +4 followed by the DUNS or DUNS +4 number that identifies the offerors name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and ZIP Code. (iv) Company Mailing Address, City, State and ZIP Code (if separate from physical). (v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. In accordance with 52.215-1 Instructions to Offerors-Competitive Acquisition. (f) Contract award. (6) The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Governments best interest to do so. 52.216-1 Type of Contract. (Apr 1984) The Government contemplates award of Firm-Fixed Price contract(s) resulting from this solicitation. GRC 52.246-92 INSPECTION AND ACCEPTANCE (GRC 52.246-92)(JAN 1987) Final inspection and acceptance of all work performed under this contract, including all deliverable items will be performed at destination. Offerors must include completed copies of the provision at 52.212-3 (MAR 2015) Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi- bin/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the URLs linked. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm Aeronautical Mobile Airport Communications System (AeroMACS) for Shadow Mode Assessment Using Realistic Technologies for the National Airspace System (SMART-NAS) Test Bed System Specifications and Statement of Work Overview The National Aeronautics and Space Administration (NASA) Glenn Research Center (GRC) is soliciting proposals for Aeronautical Mobile Airport Communications System (AeroMACS) technology. The AeroMACS equipment is intended to be installed at the NASA GRC Communications Navigation and Surveillance Test Bed and utilized in the development and testing of next generation technologies for the National Airspace System. In this solicitation NASA GRC will be acquiring Mobile Station (MS), Base Station (BS), Access Service Network-Gateway (ASN-GW) (optional), Authentication, Authorization, Accounting (AAA) equipment and associated required systems such as antennas, Global Positioning System (GPS), power interfaces, antennas, cables, etc. It is recommended that proposals include a description of existing and future intentions and plans for AeroMACS technology support and development. It is highly desirable that AeroMACS system operates utilizing established Worldwide Interoperability for Microwave Access (WiMax) Forum (WMF) AeroMACS Network Reference Model (NRM) based on WiMAX Forum NWG documentation. Standard Compliance: It is recommended that AeroMACS system comply with Radio Technical Commission for Aeronautics (RTCA) DO-345 (www.rtca.org), Institute of Electrical and Electronics Engineers (IEEE) 802.16-2009 standards. Non-compliant DO-345 standard parameters should be documented as part of the offer. Unless otherwise specified, AeroMACS equipment shall at a minimum comply with the following requirements: 1.General Specifications Deployment Configuration: AeroMACS system shall support mobile, fixed and nomadic deployments. System Capability: AeroMACS system shall support Line of Site (LOS), Near LOS and non-LOS. Frequency: AeroMACS system shall, at a minimum, support frequencies between 5,000 and 5,150 Mega Hertz (MHz). Spectrum Mask: AeroMACS system shall comply with spectrum mask requirement specified in DO-345 standard. Channel Bandwidth: AeroMACS system, at a minimum, shall support the channel bandwidth of 5 MHz with corresponding Fast Fourier Transport sizes of 512 points. Center Frequency Assignments: Compliance with DO-345 center frequency assignments is required. Operation Mode: AeroMACS system at a minimum shall operate in Time Division Duplex (TDD) mode. Access Method: AeroMACS system shall operate using Orthogonal Frequency Division Multiple Access (OFDMA) method. Frame Length: AeroMACS system shall comply with 5 milliseconds (msec) frame length. Modulation Types: All modulation types specified in DO-345 standard shall be required for AeroMACS system. Adaptive Modulation and Coding: AeroMACS shall support adaptive modulation and coding. Forward Error Correction: AeroMACS system shall support Convolutional Turbo Coding including rates of: 1/2, 2/3, 3/4 and 5/6. Doppler Velocity: AeroMACS system shall be operational and maintain communication link while MS is moving with a velocity up to 50 nautical miles per hour. Synchronization: AeroMACS system shall support integrated GPS module with on board synchronization unit. Link Support: AeroMACS shall, at a minimum, support point-to-point, multicast (optional) and broadcast (optional) communications. Subchannelization: AeroMACS shall support DO-345 subchanelization standards. Hand Off: AeroMACS system shall support DO-345 standards for hand off between mobile MS and BSs. Handover shall be supported while MS is moving with a velocity of 50 knots or more. Latency: Downlink delay should be 20 msec. or less and the Uplink delay should be 40 msec. or less. Access Service Network Gateway (ASN-GW): AeroMACS system shall support ASN gateway. Authentication, Authorization and Accounting (AAA): AeroMACS system shall support AAA services. Encryption: AeroMACS system shall support RTCA DO-345 encryption recommendations. Retransmission: AeroMACS system shall comply RTCA DO-345 retransmission specifications. Radio Quality of Service (QoS): AeroMACS system shall support all QoS specified in RTCA DO-345. Service Flows: AeroMACS shall support multiple service flows simultaneously. Link Ratio: AeroMACS system shall support flexible uplink and down link ratios. Sub-network Entry: AeroMACS sub-network entry time should be less than 90 seconds. Service Network: AeroMACS shall support Internet Protocol (IP) packet data services. 2.Base Station (BS) Specifications BS shall support the following features: Transmit Power: BS shall support adjustable transmit power up to 23 Decibel-milliwatts (dBm). Multiple Input Multiple Output (MIMO): BS shall support MIMO Matrix-A and Matrix-B (optional) types. Error Control Method: BS shall support RTCA DO-345 retransmission types. Link Adaptation: BS shall adjust the MCS (Modulation and Coding Scheme) automatically according to the link condition. Antenna: BS shall equip with sector internal antenna(s) or with connection(s) to external antenna(s). Antenna system with gain of 15 Decibels relative to an isotropic radiator (dBi) or more shall be included as part of the BS unit. Synchronization: BS shall have built-in Global GPS for synchronization purposes. GPS Antenna: GPS antenna system shall be included with BS. Data Communications Port: BS, at a minimum, shall have Ethernet or Universal Serial Bus (USB) access ports. System Configuration: BS system shall be configurable through network monitoring and configuration system and through local access port e.g. Secure Shell (SSH), Telnet, Browser, etc. Mounting Kit: BS system shall include a mounting kit, which enables pole or wall mounting. Power Options: Power feed options can be 110-120 Volts A C (VAC), Power over Ethernet, or 48 Volts D C (VDC). 3.Mobile Station (MS) Specifications MS shall support the following features: Transmit Power: MS shall support adjustable transmit power up to 23 dBm. Link Adaptation: MS shall adjust the MCS automatically according to the link condition. Antenna: MS shall have internal, external antenna interface or both. Antenna system with gain of 5 dBi or more shall be included as part of the MS unit. MIMO: Support MIMO technology for Matrix A, or Matrix B or both techniques. Interface Options: MS shall have Ethernet or USB interface access options. System Configuration: MS system shall be configurable through network monitoring and configuration system and through access port e.g. SSH, browser, etc. Mounting Kit: MS system shall have a mounting kit, which enables pole or wall mounting. Power Options: Power feed options can be 110-120 VAC, Power over Ethernet, or 48 VDC. 4.AAA AAA can be a company developed RADIUS system, or free opens soured RADIUS (FreeRADIUS) system. 5. ASN-GW Specifications ASN GW Architecture: Centralized and distributed ASN-GW options will be considered. Configuration and Management: Via data port using Simple Network Management Protocol (SNMP), Telnet or SSH and via Browser. Power Options: Power feed options can be 110-120 VAC, Power over Ethernet, or 48 VDC. 6Operations, Administration and Management (OAM) Management and Monitoring: AeroMACS system shall include graphical user interface monitoring and management capabilities. Compatibility with SNMP Version 2 is highly desired. Configuration: OAM system shall enable BS and MS radio parameters configuration. System shall be capable to store/backup radio parameter configuration for different AeroMACS components. System shall have the capability to restore AeroMACS component configuration from stored parameters. Alarm Information: OAM System shall continuously monitor AeroMACS system components and report and log/store out of tolerance conditions. Statistics Information: OAM System shall collect AeroMACS system performance statistics information for evaluation and trend analysis. 7Environmental Specifications Environment: BS and MS shall be able to operate outdoors. Operating Temperature: BS and MS shall operate at the temperature ranges between -30 and +50 Celsius (C). Operating Humidity: BS and MS shall operate at humidity ranges between 5 to 95 % Relative Humidity (no condensation) Electro-Magnetic Compatibility (EMC): ETSI EN 301 489-1/4 ETSI EN55022 Class A, Federal Communications Commission (FCC) Part 15 Class A Environmental Compatibility: ETS 300 019 Note: Multiple awards may be made under this solicitation, to test technology interoperability. Multiple quantities for each equipment unit items may be ordered. Quote unit price and indicate if there is a discount for ordering multiple units, please show discount on quote.Quote prices in US dollars. Include shipment cost in quote. Minimum Equipment Required: Base Station Equipment Base Station Antennas GPS Antennas Mobile Station Equipment Mobile Station Antennas ASN-GW (optional if system handles mobility without ASN-GW) AAA Unit (AAA unit required if not interoperable with FreeRADIUS) Other: Replies to solicitation and award(s) shall include the following: Technical Manuals Installation Manuals Operations Manuals Training Installation Support Selection Considerations for best value to the Government are described in this combined solicitation/synopsis and include: Selection will be made based on level of compliance with RTCA DO-345, IEEE 802.16-2009, MASPS, SARPS standards. Selection will be made based on price. Selection will be made based on equipment availability. Selection will be made based on technology maturity.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC15556504Q/listing.html)
 
Record
SN03845209-W 20150821/150819235139-7187319166286661914825483ba78bd2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.